Tender

W&W Earthworks Examinations CP7 Year 2

  • NETWORK RAIL INFRASTRUCTURE LIMITED

UK4: Tender notice - Procurement Act 2023 - view information about notice types

Notice identifier: 2025/S 000-014587

Procurement identifier (OCID): ocds-h6vhtk-04ffa8

Published 9 April 2025, 1:30pm

Last edited 11 April 2025, 12:54pm

Show all versions Hide all versions


Changes to notice

This notice has been edited. The previous version is still available.

Updated to provide clarity on Tender process and descriptions.

Scope

Reference

Project_42437

Description

A tender process to deliver Earthworks Examinations for CP7 Year 2 to identify, determine and record information to enable Network Rail to manage the safety and performance of the Earthwork in accordance with NR/L3/CIV/065.

Examination of the following shall be carried out:

Earthworks (as defined by NR/L3/CIV/065),

Coastal and Estuarine Defences that are formed of earthworks.

Outside Party Slopes, whose failure may impact on Network Rail infrastructure, where the outside party is unable to provide a satisfactory management policy for the slope, will be, so far as is lawful, be subject to a cyclical examination.

This is a high level overview and further scope documentation will be provided via BravoNR.

Total value (estimated)

  • £3,500,000 excluding VAT
  • £4,200,000 including VAT

Above the relevant threshold

Contract dates (estimated)

  • 3 November 2025 to 9 November 2026
  • Possible extension to 1 November 2027
  • 1 year, 11 months, 29 days

Description of possible extension:

Time extension permitted to complete full work-bank if required.

Options

The right to additional purchases while the contract is valid.

To be confirmed

Main procurement category

Services

CPV classifications

  • 71351500 - Ground investigation services

Contract locations

  • UK - United Kingdom

Participation

Legal and financial capacity conditions of participation

1. Supplier Financial Health Model Score greater than or equal to 40%.

2. Debarment Details

3. The following insurances in place post contract award:

- Employer's (Compulsory) Liability Insurance = £10m

- Public Liability Insurance = £10m

- Professional Indemnity Insurance = £10m

4. Registry with the CDP (Central Digital Platform)

Technical ability conditions of participation

All participants will be evaluated using the following criteria for their technical response which will be scored out of 100%:

1. Technical & Professional Ability (3x Case Studies Required) - 75%

2. Health & Safety - 10%

3. Sustainability & Social Value - 15%


Submission

Enquiry deadline

13 May 2025, 11:59pm

Submission type

Requests to participate

Deadline for requests to participate

20 May 2025, 11:59pm

Submission address and any special instructions

Tenders may be submitted electronically

Yes

Languages that may be used for submission

English

Suppliers to be invited to tender

Minimum 3 suppliers

Award decision date (estimated)

29 August 2025


Award criteria

This table contains award criteria for this lot
Name Description Type Weighting
Tender (ITT)

o Resource & Contract Organisation - 20%

o Programme - 20%

o Urgent Defect - 5%

o De-vegetation - 10%

o Innovation & Continuous Improvement - 5%

Quality 60%
Tender (ITT)

Commercial & Pricing Evaluation

Price 40%

Other information

Applicable trade agreements

  • Government Procurement Agreement (GPA)
  • Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)

Conflicts assessment prepared/revised

Yes


Procedure

Procedure type

Competitive flexible procedure

Special regime

Utilities

Competitive flexible procedure description

This is a multi-stage tender procedure - PSQ (Procurement Specific Questionnaire) followed by a Tender (ITT) stage.

There will be a PSQ for all participants and a minimum of 3 participants will be invited to the Invitation to Tender (ITT) stage. Tenderers who are invited to the ITT stage will have their bid evaluated using a 60% Technical, 40% Commercial criteria. The highest scoring Tenderer will be awarded the contract.

All Participants are required to review all tender documents for full details.

For this tender, RISQS (Railway Industry Standards Qualification Scheme) accreditation under code C.C.3.1.2.5 Earthworks will be required at point of award but is not necessary to participate in the tender process.

The current award date is 31st August 2025 - if the successful bidder is not accredited under the code mentioned above by this date, they will be disqualified and the tender will be awarded to the next highest scoring compliant bid.

Justification for not publishing a preliminary market engagement notice

A pre-market engagement event was not required for this procurement.


Documents

Documents to be provided after the tender notice

All tender documentation is available on Bravo NR under Project_42736.


Contracting authority

NETWORK RAIL INFRASTRUCTURE LIMITED

  • Public Procurement Organisation Number: PNZN-9524-VCQJ

Waterloo General Office

London

SE1 8SW

United Kingdom

Contact name: Rhiah McLean

Email: rhiah.mclean@networkrail.co.uk

Website: https://www.networkrail.co.uk/

Region: UKI45 - Lambeth

Organisation type: Public authority - central government